695ef001e509383a883288cc1b763bc7

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 36

1

Employee's State Insurance Corporation


(Ministry of Labour & Employment, Government of India)

Directorate (Medical) Noida


ESIC Model Hospital
Sector-24, Noida, GB Nagar (UP)-201301

E-TENDER FOR
ANNUAL REPAIR & MAINTENANCE WORKS

NAME OF WORK:- E-TENDER FOR ANNUAL REPAIR AND MAINTENANCE WORKS OF ESI
MODEL HOSPITAL, SECTOR-24, NOIDA, STAFF QUARTERS AT SECTOR -24 AND SECTOR-
34, NOIDA & 4 DISPENSARIES AT NOIDA/GREATER NOIDA FOR THE PERIOD OF TWO
YEARS.

Last Date & Time of submission 15/ 09/2017 (Up to 1:00 PM)
Date & Time of opening 15/ 09 /2017 (On 2:30 PM)
EMD Amount Rs. 10,00,000/-
2

INDEX
Sl. No. Description Page No.
A. Notice inviting E-TENDER (NIT) 3
B. Important Instructions to the TENDERERS 4
C. Terms and Conditions of Tender 5
D. Instructions for the bidder 7
E. Scope of work 8
F. Particular Conditions of Contract 15
G. General Terms and Conditions of Contract 17
H. Annexure-A 20
I. Annexure-B 22
J. Technical Bid Format -1 23
K. Technical Bid Format - 2 24
L. Technical Bid Format -3 25
M. Technical Bid Format -4 26
N. Declaration 27
O. Check List 28
P. Financial Bid Part -1 29
Q. Financial Bid Part -2 32
3

NOTICE INVITING E-TENDER (NIT)

E-Tenders in two bid system through 'e’ procurement solution are invited from leading building repair and
maintenance agency for annual repair and maintenance of 300 bedded ESIC hospital at Sector-24,
Noida, Staff Quarters at Sector 24 and Sector 34, Noida and four No. of dispensaries at Sector – 12,
Sector – 57, NEPZ & Gr. Noida. Tender documents are available on line from __ . _ at https://es-
ictenders.eproc.in

Bidders have to deposit the Earnest Money Deposit (EMD) of Rs. 10 lakh (Rupees Ten Lakh) in the form of
demand Draft/Pay Order from a scheduled bank drawn in favour of “ESI Fund A/c. no. I”, pay-
able at Noida.

The interested bidders should upload their bids along with duly signed scanned copies of all the relevant
certificates, documents, etc. in support of their technical & price bids on the https://esictenders.eproc.in
latest by _ 15 / 09 /2017_ upto 1.00 PM. The technical bids will be opened online on __ 15/ 09 /
2017_ at 2.30 PM.

Tender documents are also available for viewing on the website of Employees' State Insurance
Corporation i.e. www.esic.nic.in. & www.esichospitals.gov.in.
4

Important Instructions for Bidders


All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both
DSC Components i.e. Signing & Encryption to participate in the E- Tenders.

Bidder should get Registered at https://esictenders.eproc.in.

Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp

Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in the form of
Demand Draft from any scheduled bank, in favour of M/s. C1 India Pvt. Ltd. payable at New Delhi for
participating in the Tender.
Along with the Demand Draft, Bidder needs to send a covering Letter mentioning about the Payment
Details, Company Name, Address, Payment towards ESIC Bid Processing Fees (Mention the Tender ID
and Tender Title).

The payment should reach at the below mentioned address, one day before the due date and time of
Bid Submission:

Kind Attn: Mr. Mohit Chauhan


C1 India Pvt. Ltd.
301, Gulf Petro Chem Building, 1st Floor,
Udyog Vihar, Phase – 2,
Gurgaon, Haryana - 122015

Note: Payment will be Approved only after physical receipt of Demand Draft
5

TERMS & CONDITIONS OF TENDER:-

A. Estimated tender value: .- Rs.2,75,00,000/-(approx..) (Two Crore Seventy Five Lacs only) for one year.
B. Period of Contract: The Contract shall initially be for a period of Two years and may be extended fur-
ther for a period upto one year subject to satisfactory performance, at the discretion of Director (Medical)
Noida, on the same terms and conditions. The rates approved shall remain unchanged during the peri-
od of contract. ESIC, reserves the right to terminate the contract by serving one month notice, in writing.
The Contract can be terminated by giving one month notice by either party.
C. Earnest Money: Rs. 10,00,000 /- (Ten lakh only) to be deposited, in form of demand Draft/Pay Order
from a scheduled bank drawn in favour of “ESI Fund A/c. no. I”, payable at Noida. EMD to be
submitted in a sealed envelope subscribing on it “E Tender for Annual Repair and maintenen-
ace work” and drop it in the tender box placed in the room of Deputy Director (Admn.) at Room
No. 37, ESIC Hospital, sector-24, Noida.

D. Last date of submission: Last Date of uploading of Tender is 15 /09 /2017___ up to 1.00 pm
E. Date of opening of Tenders: Technical bid will be opened on 15 /09 /2017_ at 2.30 PM.
The tender shall be opened in presence of the bidder who choose to be Present during opening of
bids. If the date of opening of bid is declared a holiday, bid will be opened on next working day at
02.30 P.M.
F. Pre Bid Meeting: A pre bid meeting shall be held on __28.08.2017__ at 11:00 a.m at Conference Hall,
ESIC Hospital, Sector 24, Noida to clarify issues connected with the tender. Prospective bidder are invited to
attend.
Eligibility Conditions of bidders:-

1. The bidder should be a company/firm engaged in annual repair and maintenance of


buildings of similar nature in Public/Private sector in India for at least three years in
last seven years from the date of publishing of this tender.
2. The bidder should have successfully completed the following work in the last 03 years

a) One similar nature of work of value not less than 2.2 crores.
or
b) Two similar nature of works of value not less than. 1.40 crores
or
c) Three similar nature of works of value not less than 1.10 crores.
6

3. The Tenderer must have an average annual turnover of Rs. 2,00,00,000/- (Rupees
Two Crores Only) each during the previous three financial years i.e. 2013-14, 2014-15 and
2015-16.
4. The bidder must have its Office/Branch Office in Delhi/NCR.
Note : Similar Nature of works means repair and maintenance ( Electrical & Civil ) of
buildings/hospital/ residential societies etc.
Documents to be uploaded

Bidder firms which fulfill the above eligibility conditions shall upload the tender documents, technical bid &
price bid along with the scanned & signed copy of following documents failing which their bids will be rejected.
• Audited Balance Sheet for three financial years i.e. 2013-14, 2014-15 & 2015-16.
• Scanned & Signed copy of EMD
• Profit & loss A/c for three financial years I.e 2013-14, 2014-15 & 2015-16
• Proof of registration with Goods & Service Tax/Valid Tin No., ESIC and EPFO.
• Copies of completion certificates in support of eligibility conditions at sl. no.01 & 02
• Registration /Incorporation of firm/company/Partnership
• Copy of valid license to carry out electrical work issued by the appropriate government.
• Copy of PAN Card
• Declaration as per Performa given in the tender document.
• Certificate of Registration with Labour Department as an Establishment

• Authorization certificate for signature of tender documents if other then owner/Partner/Managing Dir-
ector
• Scanned and signed Tender documents.
• Income Tax Return for the financial year 2013-14, 2014-15, 2015-16

Note : In addition to above a copy of above documents will be submitted by the tenderer duly
signed and stamped by the authorized person subscribing “E-Tender for Annual Repair and Main -
tenance works” by dropping it in the tender box. The envelope of documents will be separate
from EMD envelope. Further, non-availability of any information required to evaluate eligibility
condition will result into invalidation of bid.
7

INSTRUCTIONS FOR THE BIDDER

1. Tender form shall be complete in all respect. Incomplete or tenders without E.M.D. shall be treated as inval -
id.
2. Bidders have to ensure that all the tender signed documents are properly uploaded at https://esictenders.e-
proc.in and are readable format.
3. The site for the work can be seen on any working day during office hours by contacting Deputy Director
(Admn), Room No. 37 at ESIC Hospital, Noida.
4. The Competent Authority of ESI reserves the right to accept or reject (fully or partially) any tender or all
tender without assigning any reason.
5. Conditional tenders are liable to be rejected.
6. The E.M.D. of unsuccessful bidders shall be refunded within one month after the award of work to the suc -
cessful bidder or completion of present tender process.
7. The bidder would be required to establish its office within the site of the work in the space provided by the
ESIC.
8. The Successful bidder shall have to deposit Performance Security Deposit(PSD) of Rs.25,00000/- (Ru-
pees Twenty Five Lakh Only) by Performance Bank Guarantee with a validity of 02 months beyond
all contractual obligations or by a Bank draft in favor of “ESI Fund A/C No. 1” payable at Noida,which
shall be refunded without interest after 02 months of completion of contract or in the form of Fixed Deposit in
favor of D(M)N for 02 years. Any Claim on any account of a cause arising out of the contract may be adjusted
against P.S.D.
9. Evaluation of Technical Bids: Bids received and found valid will be evaluated by the ESIC to ascertain
the best-evaluated bid for the complete work/services under the specifications and documents. The bidder
should take care to submit all the information sought by ESIC in prescribed formats.
10. Incomplete, conditional, telephonic bids or tender uploaded after due date will not be con-
sidered and summarily rejected.
11.Financial Bid: The financial bid of the bidders, whose technical bid is found to be suitable, will be opened
in the presence of the bidders, who choose to attend the opening of financial bid.

The lowest bid will be evaluated by adding 30% of the monthly amount of manpower plus 70%
of the monthly amount of material as quoted by bidders in financial bid. For eg. :-

Sl. No. Amount quoted in Financial Bid Amount in Rs.


1 2 3
A. Monthly amount of Manpower quoted (Financial Bid Part-I) 30% of Col. No. 2= -----
B. Monthly amount of Material Quoted (Financial Bid Part-II) 70% of Col. No. 2= -----
Amount to be considered for evaluating lowest bid (A + B) ----------

Award of Work:

a. The selection of the agency will be at the sole discretion of the ESIC who reserves its right to accept or re-
ject any or all the proposals without assigning any reason.
b. The contract for the Annual Repairs and Maintenance shall be awarded to the best qualified Responsive
tender.
c. Upon evaluation of offers the decision on the award of contract will be intimated to the successful bidder
8

SCOPE OF WORK:-

CIVIL WORK

1. Repair and maintenance of all Civil & Plumbing works.


2. Water supply, sanitary and plumbing works.
3. Water should be tested from GOVT. Lab or any Govt. approved Lab on the (Quarterly Basis). The cost of
the same will be borne by ESIC on submission of actual expenditure bill.
4. U/G tank is required to be cleaned on quarterly basis or as directed by Engineer in Charge.
5. Cleaning and attending blockage of drain pipes, rain water harvesting pipe and structures, gully traps, and
manholes. Water supply, Sanitary Storm Drainage & Sewage Disposal work.
6. Uninterrupted water supply in the Hospital and Staff Quarters & 4 Dispensaries. Water supply to
be arranged through tankers in case of shortage of water supply which may be due to any reason. The
supply of tankers to be from Jal Board or other sources. And agency may claim in respect of water actual
bill and should be certified by ESIC responsible person.
7.Operation and Maintenance of the existing water Bore- Well for uninterrupted water supply.
8. All other works as directed by ESIC.

ELECTRICAL WORK

1. Repair and maintenance of all electrical works of building of ESIC hospital at Sector-24, Noida, Staff
Quarters at Sector 24 and Sector 34 Noida & 4 Dispensaries at Noida/ Greater Noida.
2. Operations for internal Electrical works.
3. Operation for Electric substations HT/LT sub station (11 KV/440 V), HT/LT Transformers & HT/LT Panels,
Capacitors UPS, Relays, CC TV, PA System, Fire Alarm & Fighting System, Pump Room HVAC system,
Laundry services, solar Boiler Manifold Room, lift Service & other electrical equipment at ESIC
Model Hospital, sector 24 Noida.
4. Maintenance of all stairs case wiring and street light & high mast lights of the hospital and staff quarters.
5. Operation of Diesel Generator Sets & Maintainace of log book which will be checked & verified by
ESIC authorized person/caretaker.
6. All other works directed by the ESIC.

7. Operation and maintenance of Solar Plant

Brief details of works :

Operation and Maintenance of 33 KV/440 Volts Sub-stations, Pumping Systems & D.G.
Sets, L.T Panels, Transformers, street light etc. All the above plant and equipment’s etc. shall be
taken over after recording the complete details of make, date of manufacture etc. including their running
conditions. During the contract period, the same shall be operated and maintained by the Contractor including
supply of all spares, materials, labour, T&P etc. and including consumables like Engine oil, transformer oil etc.
complete. The maintenance and operation shall meet all the requirements of the concerned statutory
authorities. At the end of the Contract Period, the equipment’s/system shall be handed over back to ESIC
in the condition in which they were taken over.

Note:- All breakdowns/faults shall be attended to immediately and rectified promptly. Only
9

genuine/original spare parts shall be used while carrying out the maintenance work. Any major repair involving
overhaul of engine, rewinding of motors, replacement of major components like compressor etc. is excluded
from the scope of work and shall be paid for on actuals. However, if the repairs/replacement arises out of
negligence of the Contractor or his staff, the same shall be carried out by the Contractor at his own cost. Prior
approval of the Engineer is to be obtained for any such major repair/replacement skilled & safety devices
are to be used for operation & maintenance of Elec stairs & equipments & pumps and all electrical accessories.
In case of lapse in performing above duties & negligence in operation of equipments resulting in accidents/loss
of life/ damage to equipments etc. It will be responsibility of the contractor to bear all losses at his own risk &
cost. The contractor shall depute qualified and experienced staff for running and maintenance of the
Systems/Equipments. The contractor shall follow all instructions conveyed to him by the concerned ESIC
officials regarding maintenance of the above.

SETS AND ELECTRICAL SUB-STATIONS/BMS/CCTV/ ETC.


Full-fledged operation and running of the DG Set and Electrical sub-stations as per the manufacturer
guidelines manual etc.

The Service Provider has to keep trained Operators/Staff in shifts for proper upkeep and Operation of the DG
set.

Minimum down time, coordination by the Contractor with UPPCL for uninterrupted power supply. Electrical
meter Readings, Carry out NO LOAD testing of DG set daily, check DG Set ON LOAD on weekly basis,
keep records of Diesel consumption, Ensure adequate Diesel in the fuel tank at all times, Ensure all
batteries are healthy and other allied work relating to DG Set and Sub station.

Electrical substation, 33KV, 11 KV including all HT/LT panels, synchronization panel, AMG, APFC, Change
over, Transformers, Cables and associates Earthing systems etc. complete setup installed in Basement i.e
service Block/ at ground level & all block panels, distribution boards, rising mains, bus ducts, UPS system and
other LT electrical system setup etc.

Track the consumption of all consumables, Ensure all indication bulbs in panels are functional Ensure
ventilation in LT/Transformer/DG room is proper and adequate, Ensure all ACB's/MCCB are healthy Ensure
that capacitor panels are functional. All alarms to be checked and logged Check all electrical installation viz.
Panel rooms,/DG Room for any abnormality.

The manpower to be employed by the contractor has been described in Annexure-A of this tender and
contractor has to depute the staff in general as well as shift duties as per requirements of Engineer in charge
ESIC. The duty hours have to be finalized by the contractor in consultation with Engineer in charge ESIC.

The staff has to wear uniforms with name plate which is to be provided by the contractor for which no extra
cost shall be payable by ESIC.

The contractor has to arrange for bonafide use, consumable like cotton waste, cloth soap bar, duster, fuse
wire, black tape battery acid etc, and all other spares and carry out all the mandatory check as recommended
by the manufacturer, Nothing extra shall be paid to the agency by the department. In case of any misuse
the agency shall have to replenish the same, failing which recovery will be made at double the market
rate.
10

The agency has to ensure that sufficient fuel (HSD) is available at all the times in all the tanks including the
main tank.

Safety of the staff employed will be the responsibility of the agency who must insure the staff adequately This
office will not be responsibility for any mishap, injury or death of the staff.

All the equipments and installations will be maintained in neat and clean condition. Watch and ward for the
installation and materials will be the responsibility of the agency.

DG set installation operation shall be maintained round the clock on all days of the month including Sunday
& holiday and weekly rest of the staff will be given on making alternative arrangement for which no extra
payment shall be made.

The agency shall submit the attested photocopy of wireman/electrician/other relevant license & show the
licence in original of operators employed by them to the Engineer in charge before the start of the work.

In case of absence of staff from duty recovery at double the rates of the wages of staff for the period of
absence on prorate basis shall be made.

The agency shall submit the name address & character certificate of the worker / staff employed by them at
the site of work to the Engineer in charge before start of the work.

LIFTS
The scope of work comprise running and operation of the lifts installed in ESIC Hospital/Quarters

The agency has to depute staff in shift duty round the clock for operation of at least one lift in each of the two
cores. For all remaining lifts in the block the duty timing shall be 8 am to 8 pm. However, the duty hours can
be changed as per direction of ESIC. One lift operator/technical staff will be on duty in each lift machine
rooms at all times. They shall attend immediately when the lift is stuck up or on the alarm calls of the
passengers from any of the lifts

The lifts/Elevators shall be operated on all days of the month including Sundays and holidays and weekly
rest of the staff shall be given on making alternative arrangement as per labour law.

In case of emergency the staff may have to work beyond normal working hours for which no extra payments
shall be made by the ESIC.

In case of absence of staff from duty, recovery at double the rates of the lift operators/staff on pro rata basis
for the period of the absence shall be made.

Log book complaint register, maintenance records and MIS reports shall be maintained by the agency.
All the registers shall be supplied by the firm/agency.

Workers can be deployed in shift duty as per requirement & as per direction of the Director (Medical)
Noida/authorized ESIC officer.
If the behavior of the Worker/staff is not found satisfactory, the agency has to change the workers/staff within
3 (three) days failing which, the D(M)N will have the authority to cancel the contract, and the agency shall
have no claim of compensation.
11

The watch and ward of the lift installations will be the responsibility of the Contractor.

The general cleaning of the lift, machine room shall be the responsibility of the Contractor.

The lift operator should operate and maintain the lifts as per provisions of operating manual of the lifts as
supplied by manufacture. Only those persons are to be employed who have requisite experience in Operation
& Maintenance of automatic lifts and capable of reading/ writing in Hindi/English.

The safe custody of plant and machinery shall be the responsibility of Contractor. The up-keep of the machine
room will be under the scope of this work.

Any accident involving damage to lift machinery, equipment or injury/ loss of human life due to negligent
operation of lift by the staff of agency will be responsibility of the contractor. The contractor has to make
good the losses, by way of replacement of machinery, equipment or compensation to the person etc. The
decision of Director (Medical) Noida, in this regard shall be final and the binding on the firm.

The lift operators should wear uniforms and name plates which shall be supplied by the Contractor.

In case of break down or stoppage of lifts between the landings on account of any interruption in power
supply the rescue operation shall have to be performed by the lift operator. The lift Operator/Supervisor will
call the original manufacture/supplier for its rectification within 4 hrs of breakdown.

The agency has to arrange all consumable like detergent, cloth, soap bar, duster etc.

The agency has to maintain the record/register of staff which is to be produced to Caretaker or any other
authorized official for verification on daily basis.

FIRE FIGHTING SYSTEM ETC

It includes Fire Detection systems, fire Hydrant and Sprinklers systems, Co2 flooding system portable fire
extinguisher and other fire fighting equipments including all fire fighting pumping and allied systems etc.

All in all maintenance and operation of the various Fire Detection system Fire Hydrants and Sprinklers
Systems etc. specified including all spares. The Service Provider has to keep trained Operators for
Proper vigilance round the Clock 100% working of the system all the time, Minimize false alarm,
periodic routine testing Minimum down time, coordination with the original equipments manufacturer
for uninterrupted service round the clock Ensure that it is operational & usable Fire Alarm system.

a) Round the clock monitoring of the equipment & system installed.


b) Carrying out the necessary scheduled operations, testing and maintenance of the system and it's
various components as per OEMs recommendations and recording the same.
c) Checking of all equipments as per schedules & check-lists.
d) Cleaning of all Equipments & Systems.
e) Attending to alarm calls and coordinating with the relevant security/fire fighting team.
f) Experienced technical person to be deployed for operation of pumps/motors/walls/extinguishers etc.

Fire Extinguishers.
12

Regular checking of all the extinguishers.


Refilling of the equipments as per the specification provided by OEM.
Check availability of all the extinguishers in different location of the premises.
Check visibility of the extinguishers.
Coordinate to arrange for proper signage
coordinate to annual Maintenance Contract if any.
Separate Register to be maintained for the above work.
Train employees in fire fighting at regular intervals.

HVAC (Central Air Conditioning Plant)


Operation and running of Central Air Conditioning Plant including chillers, Hot water generators, AHUs, FATUs,
pumps, all ducting, ventilation system and all other equipments in HVAC plant setup including BMS system
should be Complete in all respect.
All operation and running the various Central Air Conditioning Plant as Specified by the original manufacture
including all Spares Scheduled Operation & maintenance, follow-up with OEM service providers, maintain
scheduled check lists, formats, attend customer's Service requisition.
Temperature 23 deg. +/-1 deg. as decided by ESIC, response and resolution time less than 24 hrs. Ensure
proper essence of the contract with OEM. The Service Provider has to keep Trained Operators for proper
operation during the working hours and as and when required.

Availability of the equipment in working condition at all times to start up the plant as required. To carry out the
operation of the plant round the clock and monitor various parameters related to operational, snags,
abnormal functioning etc. Maintenance of the cooling towers and periodical physical verification of the
temperature at the office spaces and data logging.

Job Responsibilities includes


a. Ensure overall health of the all equipment.
b. Ensure all critical Parameters as per OEM requirement and as per Operation Manual are maintained.
c. Ensure proper daily operation of system.
d. Carry out routine maintenance of all equipment.
e. Physical condition of the chiller plant and the surrounding is clean.
f. Start at scheduled time.
g. Ensure proper running.
h. Monitor the temperature at all locations (regular intervals)
I. Shut down at designated time.
j. Any request for operating of equipment other than normal time to be entertained as per approved and
agreed guidelines.
k. Maintain logbooks, check-lists and PPM activities chart.
l. Annual Maintenance Contract Agency to coordinate for breakdowns, repair and servicing etc.

SEWAGE/EFFLUENT TREATEMENT PLANT (STP/ETP System)

The Contractor shall carry out all facility operation and waste water disposal operations indicated below, in
accordance with Good Operating Practices, as set out in this Contract. The facility operation and waste
water disposal operations shall include, but not be limited to the following.

Operating Sewage Pumping Station and Treatment plant to maintain the quality of treated sewage within the
standards prescribed by PCB. Operate electrical equipment during power failures by operating generators,
operate the centrifuge for sludge drying and treat incoming sewage at prescribed standards through optimal
13

dosing.

Carrying out daily cleaning of grit channels and removal of screenings and disposal of floating matter in grit
dewatered sludge out of premises.

Carrying out continuous flow measurements of treated & untreated sewage and recording the same
online/offline.
Collecting samples of sewage and effluent and analyzing them daily to determine the quality of sewage and
performance of the treatment plant.

The Contractor shall carry out preventive, routine maintenance and break down maintenance operations for
proper upkeep of plant in accordance with good operating practices. The following items shall be included
in such maintenances.

• De-silting of wet well at least twice a year and disposing silt.


• Replacing damaged pipes, fittings and valves.
• Replacing damaged level indicator.
• Replacing ladders and
• waterproofing of leaking roof/dry well.

Pumping Machinery and Treatment Plant Equipments


De watering and de-silting of sludge sump, chlorination tank, chemical dosing tanks at least twice a year as
per approved programs and disposal of silt.

Cleaning and maintaining all rising mains/sewers in the plant area at least four times a year.
Repairing and replacing damaged pipes, fittings and valves for suction and delivery pipe.
Repairing and replacing pump impellers, body, bearings shafts column pipe.
Repairing and replacing motors.
Repairing and replacing starters, circuit breakers, capacitors

Repairing and replacing vanes and/or gears of agitators


Repairing and blowers, decanter, diffusers, chlorinator, chemical dosing equipments & centrifuge.

The contractor shall carry out all reporting indicated below and as set out in this Contract. The reporting shall
include, but not be limited to the following.

Daily summary of Operations as Pumping Stations- Daily report providing information as each pumping station
on the hours of pumping quantity of sewage pumped and energy consumed during the day. A separate
register to be maintained for incoming and outgoing sewage/treated effluent dosage given for filtration etc,
and co-ordinate by ESIC on daily basis.

Daily summary of Operations at Sewage Treatment Plant a daily Report of Operation of the diffuses, agitators,
decanter and other equipments at the sewage treatment plants providing information on the quantity of
sewage treated, hours of operation of equipment, energy consumed and use of chemicals.

Sewage Quality Monitoring- A daily report monitoring the quality of raw and treated sewage through the
analysis of samples.

Sewer/storm water Drains/ wet well & other units etc Monthly cleaning report sewer/storm water drain de-
14

silted and record of silt disposed at disposal sites.


The contractor shall employ skilled, semi-skilled and unskilled labour in sufficient numbers to carry out its
operation at the required rate of progress and of quality to ensure workmanship of the degree specified
in the contract for timely fulfilling of the Contractor's obligations under the Contract and to the
satisfaction of the ESIC. Housekeeping in and around the pump house and ETP/STP by removing rank
vegetation, cob web cleaning of motor pumps and other equipments on daily basis.

WATER TREATMENT PLANT/RO PLANT/PUMP HOUSE/ BOREWELL/PLUMBING


* Continuous operation for supply of water to all the departments of the Hospital.
* Preventive maintenance, periodical maintenance to be maintained for all pumps.
* Maintaining of log books for recording receiving of BWSSB water, Bore well water, and water through
tankers, levels of sumps, Bore well, Monitoring the TDS level of water, hardness of water etc.
* Decreasing of hardness of water by using sait and other chemicals as per the direction of Engineer in
charge.
* Dosage of chlorine, Back washing of filter.
* Servicing pumps and motors related to the water treatment plant.
* Servicing of Bore wells including lifting and lowering, repair rewinding of motors, submersible pumps
and motors, cables and electrical panels, relays, MCBs etc, during breakdowns.
* Servicing replacement of water meters.
* Co-ordinate with Annual Maintenance contract agency if any.
* Periodically Cleaning of storm water drain sewage line, removal of blockage in manhole and delivery
line should be carried out mechanically
* Providing sufficient number of operators for the above system around the clock.
* Housekeeping in and around the pump House
* Periodical cleaning of UG sump, OH tanks with required chemicals either manual or mechanized.
* Prevent misuse/wastage of water and ensue its use for bona fide purpose.
15

PARTICULAR CONDITIONS OF CONTRACT:

For the services to be operated and maintained by the Contractor:

Operation and Maintenance of Sub-stations, Pumping systems and DG sets etc.: All the above plant
and equipments etc. shall be taken over after recording the complete details of make, date of manufacture
etc. including their running conditions. During the contract period, the same shall be operated and maintained
by the Contractor including supply of all spares, materials, labour, T&P etc. and including consumables like En -
gine oil, transformer oil etc. complete. The maintenance and operation shall meet all the requirements of the
concerned statutory authorities. At the end of the Contract Period, the equipment/system shall be handed over
back to ESIC, in the condition in which they were taken over, normal wear and tear accepted.

NOTE:
1.All breakdowns/faults shall be attended to immediately and rectified promptly.
2.Only genuine/original spare parts shall be used while carrying out the maintenance work after approval from
Engineer of ESIC.
3. Any major repair involving overhaul of engine, rewinding of motors, replacement of major components like
compressor etc. is excluded from the scope of work and shall be paid for as actual. However, if the
repairs/replacement arises out of negligence of the Contractor or his staff, the same shall be carried out by
the Contractor at his own cost. Prior approval of the Engineer is to be obtained for any such major
repair/replacement.
4.The Contractor shall depute qualified and experienced staff for running and maintenance of the
Systems/Equipments.
5.The Contractor shall follow all instructions conveyed to him by ESIC regarding maintenance of the above.
6.CPWD specifications shall be followed. Where not available, BIS/Engineering practice as directed by the
ESIC shall be followed.
7.Complaints shall be recorded in the format as per CPWD Manual.
8.A complaint register shall be maintained as per CPWD Manual in the Repair and Maintenance Office of the
contractor in which all complaints received shall be documented.
9.The Sewer-man shall ensure that all lines are maintained in a clean condition by carrying out preventive
cleaning of all lines at least once each month. As the work will have to be carried out in building and area in
use.
The contractor shall ensure:-
1. That the normal functioning of ESIC activity is not affected as far as possible.
2. That the work is carried out in an orderly manner without noise and obstruction to flow of traffic.
3. That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of each
day’s work.
4. The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed for their part of
work. He shall be responsible for their conduct. The staff should behave in a courteous manner. The
contractor will be held responsible for any loss or damage to ESIC property due to negligence of his staff.

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible
for any consequence arising out of execution of the Repair and maintenance work.
6. When instructed to do so, the contractor shall ensure proper record keeping and storing of
16

irreparable/dismantled material.
7. Water and electricity shall be made available free of cost at nearby source of work. The contractor has to
make his own arrangement for use of the same including drawing temporarily lines etc. The responsibility
for following relevant rules, regulations and loss in the regard shall be entirely that of the contractor.
8. All records and registers are to be maintained as per CPWD Manual.
9. Civil and Electric Engineer should be available at site.
10. Uniform, Identity Cards, Name Plates have to be provided to each and every staff by the
contractor. Bio-data of each staff should be maintained and whenever asked will have to be shown
immediately.
11. All Tools, Plants and Materials to carry out the operational work at site are to be provided by the
contractor free of cost.,
12. The agency shall have to display on notice board, the name of maintaining agency along with
Engineer/Supervisor name to be contacted with Telephones Nos. for lodging the complaints.
13. The agency shall be responsible to depute their supervisor in Hospital to meet D(M)N/Director(Admn.)/
DMS/DD(A)/DD(F)/ESIC Engineer/OS/Caretaker or Maintenance In charge's on weekly
basis.

14. Lift operator & Fire Fighting operator be always prepared for emergency service round the table at 24
hours.
15. The agency shall maintain the all log book of electromechanical equipments like DG sets, HVAC system,
HT meter LT reading, laundry steam Boiler Log Book Fire, Gas manifold UPS etc. and should be
checked & verified by caretaker or ESIC authorized person.
16. Only Class-I reputed brand ISI marked materials would be used in repair work of electrical maintenance
works.
17.. The agency shall provide any materials (Civil & Electrical) as per ISI norms and from reputed
manufacturer.
18. The work will be executed on Bill of Quantity basis.
19. The agency should maintain safety precautions for laborers.

All expenses in respect of fuel, spares, Lubricants, servicing & other material shall be borne
by ESIC.

Note: The DG sets shall be maintained as per the guidelines of the manufacturer to minimize the
downtime & trouble free operation of DG sets. Preventive maintenance/breakdown maintenance
of 62.6 KVA DG SET (Kirloskar Make) as per manufacturer’s recommendation to be carried out by
MANUFACTURER’S AUTHORIZED DEALER only.

Kindly note although every effort has been made to cover the entire electrical/civil work related
to infrastructure, omission/addition, if any, shall be deemed to be in the scope of work of the
contractor. The contractor should visit the site and assess the scope of work. The contractor for
his own benefit shall bring these omissions to the notice of ESIC.

Safety, Security and Protection for the Environment

The Contractor shall, throughout the execution and completion of the Works and the
remedying of any defects therein:
i) Have full regard for the safety of all persons entitled to be upon the Site and keep the Site (so
far as the same is under his control) and the Works (so far as the same are not completed or
occupied by the Employer) in an orderly state appropriate to the avoidance of danger to such
17

persons, and
ii) Provide and maintain at his own cost all lights, guards, fencing, warning signs and watching,
when and where necessary or required, by the Engineer or by any duly constituted authority for
the protection of the Works or for the safety and convenience of the public or others, and
iii) Take all reasonable steps to protect the environment on and off the Site and to avoid damage
or nuisance to persons or to property of the public or others resulting from pollution, noise or other
causes arising as a consequence of his methods or Repair.
(iv) Insurance of work by the Contractor for his liability:
a) During the Repair and Maintenance period for loss or damage to property and life arising from
a cause for which contractor is responsible.
b) For loss or damage occasioned by the Contractor in the course of any Repairs carried out by
him for the purpose of complying with his obligations. It shall be responsibility of contractor
to notify the Insurance Company of any change in the nature and extent of the works and
to ensure the adequacy of the Insurance cover at all times during the period of contract.

GENERAL TERMS AND CONDITIONS OF CONTRACT

1. The bidder would be wholly responsible for the acts & omissions of the manpower engaged for this job.
2. The persons deployed by the Contractor should be properly trained, have requisite experience and skills for
carrying out the work assigned to him.
3. The bidder should ensure the Health and safety measures of the employees. ESIC may also conduct health
checkup of the staff deployed at regular intervals.
4. The bidder must employ adult labour only. Employment of child labour will lead to the termination of the
contract. The Contractor shall engage only such workers, whose antecedents have been thoroughly verified,
including character and police verification and other formalities. The Contractor shall be fully responsible for
the conduct of his staff.
5. The bidder at all times should indemnify ESIC against all claims, damages or compensation under the provi-
sions of Payment of Wages Act, 1936; Minimum Wages Act, 1948; Employer’s Liability Act, 1938; the Workmen
Compensation Act, 1923; Industrial DisputesAct, 1947; Maternity Benefit Act, 1961; or any other relevant Act.
ESIC will not own any responsibility in this regard.
6. In case of breach of any terms and conditions of the contract, the Performance Security Deposit of the Con-
tractor will be liable to be forfeited by ESIC besides annulment of the contract.
7. The staff shall be in proper uniform as approved by ESIC and with their identity properly displayed.
8. ESIC will provide space for a store room to the Contractor in the premises. The store keeper / supervisor
deployed by the contractor will store all their materials & equipments in the store room and maintain a compu-
terized record of the store items which shall be opened to inspection by authorized official of ESIC.
9. The Contractor shall be deemed to have based his Tender on the data made available by the em-
ployer and on his own inspection and examination of this site conditions.
10. The Contractor shall provide on the site qualified and experienced technical staff in connection
with the Repair and Maintenance of the Works and the remedying of any defects therein. The
minimum staff shall be as per description of work mentioned in the Tender Document.
11. The Engineer shall be at liberty to object to and require the contractor to remove forthwith from
the works any person provided by the contractor who, in the opinion of the Engineer, misconducts
himself, or is incompetent or negligent in the proper performance of his duties, or whose pres-
ence on Site is otherwise considered by the Engineer to be undesirable, and such person shall
not again be allowed upon the Works without the consent of the Engineer. Any person so re-
18

moved from the works shall be replaced as soon as possible by a qualified person approved by
the Engineers.
12. The successful bidders will submit a signed and stamped copy of the tender document at the time of
agreement.
13. Successful bidder will maintain biometric system of attendance of all the manpower.
Variations

The Director (Medical) Noida may order variations in the scope or quantum of work through a written variation
order. The payment for the variation shall be worked out on the basis of contract rates for manpower and pro-
rate for additional areas. The quantities maintained in B.O.Q are subject to variation to any extend.

Payment Procedure:

The contractor shall submit bill in triplicate by the 7th day of next month for the executed up to end of previ-
ous month in a prescribed format as approved by ESIC. Bill must be raised based on the rate quoted in tender.
The bill must be supported with the following documents:-

a. Attendance sheets verified by ESIC along with salary certificates, wages sheets of all the workers and staffs
deployed, certified copy of ESI, PF challan along with details of deduction of each employees and service tax
challan.
b. verified bills of materials purchased for non DSR items.
c. Details of defects/complaints attended and rectified within time.
d. Details of complaints attended late for calculation of penalty.

After submission of monthly bill complete in all respect by the contractor Caretaker or any other authorized of-
ficial of ESIC shall check the bill with the help of caretaker or any other authorized official & certify for pay-
ment within 15 days of submission of bill.

Liquidated damages:

Whenever and wherever it is found that the service is not up to the mark, it will be brought to the notice of
the supervisory staff of the Contractor by ESIC and if no action is taken within one hour on urgent matters li-
quidated damages @ Rs.500/- per complaint per day shall be imposed. The decision of Director (Medical)
Noida shall be final, in this regard.

Manpower

A. Any misconduct / misbehavior on the part of the manpower deployed by the Contractor will not be tolerated
and such person will have to be replaced by the Contractor at his own costs, risks and responsibilities immedi-
ately, with written intimation to ESIC.

B. The Contractor should ensure to maintain adequate no. of manpower and also arrange a pool of stand by
worker / supervisor. In case any worker /supervisor absences from the duty, the reliever of equal status shall
be provided by the Contractor from an existing pool of staff.
19

Risk Clause

The Contractor shall at all times have standby arrangements for carrying out the work under the Contract in
case of any failure of the existing arrangement. ESIC reserve the right for termination of the contract at any
time by giving 15 days written notice. If the services are found unsatisfactory, ESIC also has the right to
award the contract to any other selected bidders at the cost, risk and responsibilities of Contractor and excess
expenditure incurred on account of this will be recovered by ESIC from the Contractor’s Security Deposit or
pending bill or by raising a separate claim.
1.All necessary reports and other information will be supplied on a mutually agreed basis and regular meetings
will be held with the ESIC.
2.Contractor and its staff shall take proper and reasonable precautions to preserve from loss, destructions,
waste or misuse the areas of responsibility given to them by the ESIC and shall not knowingly lend to any per-
son or company any of the effects or assets of the ESIC under its control.
3. In the event of loss/damage of equipments etc. at the premises of the ESIC due to negligence/carelessness
of Contractor staff, then the Contractor shall compensate the loss to ESIC.
4. The Contractor will also maintain a suggestion book for comments on the services rendered by it.
5.The Contractor shall, in performing its part of this Agreement, ensure the safety of the building and the per-
sons working in or visiting the ESIC’s premises and shall indemnify ESIC for any loss or damage caused by any
act of the Contractor or its employees or staff etc.
6. The Contractor shall not assign or sublet this Agreement or any part thereof to any third party without the
approval of the ESIC. However, he may use the services of associates for providing the services in which case
the Contractor shall be responsible for the performance and all acts of the associates as though they were his
own.
7.In every case the Contractor shall make alternative arrangements for meeting his contractual responsibilities
in case of failure of the Associate.
8.Measure of success will be based on the feedback from External Customers and staff which will be recorded
and action report needs to be submitted every month by the Contractor.
9. Licenses if any required for repair & maintenance services at the site will be procured by the Contractor.
In case ESIC is held liable in any court of law or incurs any legal liability in relation to the wages/duties as-
signed to the contractor vide this contract, the contractor is liable to compensate ESIC for the same. The
amount in this regard may be recovered from either pending bills or PBG or both.
Dispute Settlement

It is mutually agreed that all differences and disputes arising out of or in connection with this Agreement shall
be settled by mutual discussions and negotiations if such disputes and differences cannot be settled and re -
solved by discussions and negotiations then the same shall be referred to the Sole Arbitrator appointed by the
Director (Medical) Noida whose decision shall be final and binding on both the parties. In case of any legal
dispute Delhi/NCR will be the jurisdiction.

Termination clause

During the period of agreement if it is found that the agency is not providing proper services or charging by
fraudulent manner or otherwise, the security deposit of Rs. 25 Lakh deposited with ESIC or part thereof shall
be forfeited in favour of ESIC and agreement will be terminated after giving 30 days notice. In such situations,
tender can be allotted to second lowest bidder.
20

NAME OF WORK:- TENDER FOR ANNUAL REPAIR AND MAINTENANCE OF CIVIL, ELECTRICAL &
MECHANICAL WORKS OF ESI MODEL HOSPITAL, SECTOR-24, NOIDA, STAFF QUARTERS at
SECTOR -24 AND SECTOR -34, NOIDA & 4 DISPENSARIES FOR THE PERIOD OF TWO YEARS.

ANNEXURE-“A”
MINIMUM MANPOWER DEPLOYMENT SCHEDULE
S. Category Nos Qualification & Experience Duty Hours
No (Round O' Clock Shift)
.
1 Engineers (Electrical) 1 B.Tech in Electrical Engineering with more Regular check and general
than 2 Years experience in ARM works. shift duty hour.
2 Engineer (Civil) 1 B.Tech in Civil Engineering with more than Regular check and general
2 Years experience in ARM works. shift duty hour.
3 Supervisor (Civil & Electrical) 8 Diploma in Civil/Electrical Engineering with Regular check & Each at
(4 more than 2 years experience or ARM every shift.
each works.
)
4 Plumber (Semi Skilled) 4 ITI in plumber or with more than 2 years Quick short out the problem &
experience to related field. regular present at every shift.
5 Electrician (Skilled) 15 ITI in electrical or with more than 2 years Quick short out the problem &
experience to related field. regular present at every shift.
6 Carpenter (Semi Skilled) 1 12th pass or more than 2 years experience Quick short out the problem &
of ARM work/carpenter works. regular present at General
shift.
7 Mason (Semi Skilled) 2 More than 2 years experience to related Quick short out the problem &
field regular present at General
shift.
8 Generator Operator (Skilled) 4 ITI in Mechanical or with more than 2 Quick short out the problem &
years experience to related field. regular present at every shift.
9 STP/ETP Operator (Skilled) 4 ITI in related field or with more than 2 Quick short out the problem &
years experience to related field. regular present at every shift.
10 Fire fighting system Operator 4 ITI in Mechanical or with more than 2 Quick short out the problem &
(Skilled) years experience to related field. regular present at every shift.
11 Pumps Operator (Skilled) 4 ITI in Mechanical or with more than 2 Quick short out the problem &
21

years experience to related field. regular present at every shift.


12 Lift Operator (Skilled) 27 ITI in Mechanical or with more than 2 Quick short out the problem &
years experience to related field. regular present at every shift.
13 AC Plant operator (Skilled) 5 ITI in Mechanical or with more than 2 Quick short out the problem &
years experience to related field. regular present at every shift.
14 EPBX System Operator/CCTV/ 4 ITI in Teli Communication or with more Quick short out the problem &
P.A. System (Skilled) than 2 years experience to related field. regular present at every shift.
15 Sewer-man (Semi-skilled) 2 Minimum 1 year experience Quick short out the problem &
regular present at General
shift.
16 Helper (Un-Skilled) 40 More than 2 years work experience at ARM Quick short out the problem &
works. regular present at every shift.

Note:-
All the above staff of the contract shall wear uniform and badges identifying their category and name in English
and Hindi.

Date: Signature of owner/Managing


Partner/Director
Place: Name:
Seal:
22

ANNEXURE-“B”
Term & Condition for Civil works
• The following quantities of works are to be executed during the two year Contract
• Period as per requirement
• Quantities to be executed

S.No. Items of works In Hospital Office Block Residential


Building Building
1 White Washing 50.00% 50.00% 50.00%
2 Distemper 50.00% 50.00% 50.00%
3 Enamel Painting 50% in other area 50.00% 33.33%
100% in the
corridor, O.T.
4 Snowcem 33.33% 33.33% 33.33%
5 Cleaning and disinfecting of water Four times in a Twice in a year Twice in a year
storage/distribution tanks, and water year
mains
6 Cleaning of manholes/gully Chamber/ Twice in a year Once in a year Once in a year
inspecting Chamber
7 Cleaning of storm water drains Once in a year Once in a year Once in a year
8 Painting of Steel Water Tanks inside with 100.00% 50.00% 50.00%
Bitumastic Paint
9 Painting wooden doors/Windows with 20.00% 20.00% 20.00%
spirit polish/ Polish/ Synthetic acrylic
Polish
10 Collection of water samples for Physical, Four times in a Twice in a year Twice in a year
Chemical and Bacteriological test Jointly year
for user for confirming water Portability
as per BIS standard

• Date: Signature of owner/Managing


Partner/Director
• Place: Name:
Seal:
23

TECHNICAL BID

FORMAT -1

PROFILE OF THE BIDDER

Sl. No. Description


1 Name of Tendering Company/Firm/Selected Tenderers
2 Name of owner/Partners/Directors
3 Full Particulars of Office
4 Address
5 Telephone No./Fax
Email Address
6 Full Particulars of the Bankers of Company/Firm/Selected
Tenderers, with full Address/Tel. No.
7 Name of the Bank
Branch
IFS Code
8 Address of the Bank
Telephone No.
Email Address
9 PAN/GIR No.
10 Service Tax Registration No.
11 VAT Registration No.
12 EPF Registration No.
13 ESI Registration No.
14 Any Other Information

• Note : A cancelled cheque has to be attached with tender documents for the
purpose of refund of EMD in case of non successful bid

• Date: Signature of owner/Managing


Partner/Director
• Place: Name:
Seal:
24

FORMAT -2

EXPERIENCE OF THE FIRM

• (Experience of Repair and Maintenance work satisfactorily completed/undertaken in the


relevant fields as mentioned in the Terms and Conditions of Tender) Use separate sheet for
each work.

1 Project title and Location


2 Name of the Client and Address
3 Describe area of Participation (Specific Work done/Services rendered by the
applicant)
4 Period of Work Done/Services rendered for the project
5 Total cost of work/ARM cost
6 Date of start of the work and the present status
7 Any other details

• Note:- Supporting documents like completion certificates etc. from the client in support of
each of the above projects must be furnished.

• Date: Signature of owner/Managing


Partner/Director
• Place: Name:
Seal:
25

FORMAT -3

Details of Existing Manpower with the Firm:

Sl. No. Fields Manpower with Manpower with 2 Manpower with


more than 5 to 5 years of ex- lesser than 2 years
years of experi- perience of experience.
ence
1 Civil Work
2 Electrical Work
3 AC Maintenance

• Date: Signature of owner/Managing


Partner/Director
• Place: Name:
Seal:
26

FORMAT -4

Details of the existing Contracts/Previous experience During the last seven years
Name and Address of the Details regarding Value of Contract From To
Organization, Name, the contract including (Rs.)
Designation, And contact manpower dd/mm/yy dd/mm/yy
telephone/fax number of the deployed
Officer concerned
A
B
C
Additional information, if any

The above format may be used to provide requisite details.

Signature of Owner/Managing
Partner/Director

Date: Name:

Place: Seal:
27

DECLARATION

NAME OF WORK:- E-TENDER FOR ANNUAL REPAIR AND MAINTENANCE WORKS OF


ESI MODEL HOSPITAL, SECTOR-24, NOIDA, Staff Quarters at Sector -24 and
Sector-34, Noida & 4 DISPENSARIES at Noida/Greater Noida FOR THE PERIOD OF
TWO YEARS.

I, ______________________________ Son/Daughter of shri _______________________


Proprietor/Partner/Director/Authorized Signatory of _________________________, am competent to
sign this declaration and execute this tender document.

I have carefully read and understood all the terms and conditions of the tender and hereby convey my
unconditional acceptance of the same.

The information/documents furnished along with the above application are true and authentic to the
best of my knowledge and belief. I/We, am/are well aware of the fact that furnishing of any false
information/fabricated document would lead to rejection of my tender at any stage besides liabilities
towards prosecution under appropriate law.

I have apprised myself fully about job to be done during te currency of the period of agreement and
also acknowledge to bear consequences of non performance or deficiencies in the services on my part.

I/We also undertake that the firm/agency/company has not been indicted for any criminal, fraudulent
or anti competition activity and has not been Black Listed/Debarred by any Govt. or other organization.
I declare that I have a working office / branch office in Delhi / NCR

Signature of authorized person


Date: Full
Name:
Place: Company’s
Seal

N.B.: the above declaration, duly signed and stamped by the authorized signatory of the com-
pany, should be uploaded with Technical Bid.
28

NAME OF WORK:- TENDER FOR ANNUAL REPAIR AND MAINTENANCE OF CIVIL, ELECTRICAL & MECHANICAL
WORKS OF ESI MODEL HOSPITAL, SECTOR-24, NOIDA, STAFF QUARTERS AT SECTOR -24 AND SECTOR 34,
NOIDA & 4 DISPENSARIES FOR THE PERIOD OF TWO YEARS.
CHECKLIST FOR SUBMISSION OF TENDER
• (TO BE FILLED BY THE TENDERER AND SUBMITTED ALONGWITH THE TECHNICAL BID)
S. No Particular Online Offline
1. Scanned & Signed Tender Documents ( Each Page) to be Uploaded Copied Original

2. E.M.D. Draft/Bankers Cheque Copied Original

3. Copy of E.S.I. Registration Copied Copied

4. Copy of E.P.F. Registration Copied Copied

5. Copy of Goods and Service Tax Registration/ TIN No. Copied Copied

6. Copy of PAN Card under I-T Act1. Copied Copied

7. Copy of certificate of incorporation of firm/Company Copied Copied

8. Copy of Certified Balance Sheets for the year 2013-14, 2014-15 and 2015-16, Copied Copied

9. Profit and Loss A/c for the year 2013-14, 2014-15, 2015-16 Copied Copied

10. Copy of License to carry out Electrical works Copied Copied

11. Authorization Certificate for signing tender documents if other than the Tenderer. Copied Copied

12. Declaration as per proforma given in the tender document Copied Original

13. Certificate of Registration with Labour Department Copied Copied

14. Copy of completion certificate as per eligibility conditions 01 & 02 Copied Copied

15. Annexures Copied Original

16. Income Tax Return for the year 2013-14, 2014-15 and 2015-16 Copied Copied

N.B. Bidders to ensure that all


i) All the above documents are uploaded.
ii) All pages have been signed and stamped by the authorized persons except original documents uploaded
iii) Pages have been numbered
iv) Documents are legible (clearly readable)
I/we certify that the information furnished above is true and correct. The terms and conditions are acceptable to us and I have the
authority to bid an E-TENDER.
Name & Address of Firm
Authorised Signature & Seal of the Firm
Dated.......................
Place..........................
29

FINANCIAL BID (Part – 1) (To Be Filled Online)

NAME OF WORK:- E-TENDER FOR ANNUAL REPAIR AND MAINTENANCE WORKS OF ESI
MODEL HOSPITAL, SECTOR-24, NOIDA, Staff Quarters at Sector -24 and Sector-34, Noida
& 4 DISPENSARIES at Noida/Greater Noida FOR THE PERIOD OF TWO YEARS.

Manpower Charges : A

Type of Manpower Rate Per Total Nos. Amount Per


Month (Rs.) Month (Rs.)
A ENGINEER (CIVIL & ELECTRICAL) 2
a Wages to be paid to staff deployed
b* ESI employers contribution @ 4.75% of (a) to
be deposited to ESIC)
c* EPF employers contribution @ 13.36 % of (a)
d Statutory Bonus as per rules (to be paid to staff
deployed), if payable
e Uniform, Safety shoes, Badges and tools and
plants @ 5% of (a)
Total Manpower Cost per Head

* If applicable

Type of Manpower Rate Per Total Nos. Amount Per


Month (Rs.) Month (Rs.)

B SUPERVISOR 8
a Wages to be paid to staff deployed
b* ESI employers contribution @ 4.75% of (a) to
be deposited to ESIC)
30

c* EPF employers contribution @ 13.36 % of (a)


d Statutory Bonus as per rules (to be paid to staff
deployed), if payable
e Uniform, Safety shoes, Badges and tools and
plants @ 5% of (a)
Total Manpower Cost per Head

* If applicable

Type of Manpower Rate Per Total Nos. Amount Per


Month (Rs.) Month (Rs.)
C Electrician/Operators - (Skilled) 67
a Wages to be paid to staff deployed
b* ESI employers contribution @ 4.75% of (a) to
be deposited to ESIC)
c* EPF employers contribution @ 13.36 % of (a)
d Statutory Bonus as per rules (to be paid to staff
deployed), if payable
e Uniform, Safety shoes, Badges and tools and
plants @ 5% of (a)
Total Manpower Cost per Head
* If applicable

Type of Manpower Rate Per Total Nos. Amount Per


Month (Rs.) Month (Rs.)
D Plumber/Carpenter/Mason/Sewar Man 09
(Semi Skilled)
a Wages to be paid to staff deployed
b* ESI employers contribution @ 4.75% of (a) to
be deposited to ESIC)
c* EPF employers contribution @ 13.36 % of (a)
d Statutory Bonus as per rules (to be paid to staff
deployed), if payable
e Uniform, Safety shoes, Badges and tools and
plants @ 5% of (a)
Total Manpower Cost per Head
* If applicable

Type of Manpower Rate Per Total Nos. Amount Per


Month (Rs.) Month (Rs.)
E Helper (Un Skilled) 40
a Wages to be paid to staff deployed
31

b* ESI employers contribution @ 4.75% of (a) to


be deposited to ESIC)
c* EPF employers contribution @ 13.36 % of (a)
d Statutory Bonus as per rules (to be paid to staff
deployed), if payable
e Uniform, Safety shoes, Badges and tools and
plants @ 5% of (a)
Total Manpower Cost per Head
* If applicable

TOTAL OF A + B +C + D+ E (Rs. / Month)

ADD : Service Charge @ _____

TOTAL FOR ONE MONTH

30% of Total for One Month

Note :

1. Quoted rates should be exclusive of any taxes levied.


2. Payment shall be made for the actual days of employment. Attendance will be verified by
Caretaker/authorized representative of ESIC. The contractor shall submit the cash memo of the
material purchased a/w monthly bills for non-tender items.
3. In case of absence of any of the above mentioned workers without providing suitable replacement,
an amount of Rs.500 per day shall be recovered as liquidated damages per person per day of
absence.
4. All the above workers must be qualified & experienced in their relevant field & capable to perform
their duties.
5. Wages should not be less than the prescribed minimum wages by the Central Govt.
6. Above workers will be responsible for operation & maintenance of Civil & Electrical works.
7. Only licensed/certified electricians/operators shall be deployed. Preferably the other skilled worker
deployed shall also be licensed / certified. It must be ensured that the service in above respect
should be available round the clock and sufficient numbers of manpower / supervisors are deployed.
Manpower mentioned above includes relievers.
8. Uniform, Identity Cards, Name Plates have to be provided to each and every Staff. Bio-Data of
each staff should be maintained and whenever asked for will have to be shown/provided immediately.
9. In case the rates quoted by the bidder in Financial Bids in row ‘a’, in any of the
category of employees, are above the ceiling limit of ESIC and/or EPFO, as the case may
be, the amount in row ‘b’ and ‘c’ of Financial Bid of that category should be shown as ‘0’
(zero).
(ii) Note : Increase in minimum wages of workers will be paid extra accordingly as per
Minimum wages Act & corresponding ESI/PF contribution.
32

FINANCIAL BID (PART – II) (TO BE FILLED ONLINE)

MATERIAL CHARGES

Electrical Maintenance
Average common items Qty. of supply Materials per month.

Unit Monthly Ex-


Average
Rate penditure
Monthly
S.No. Description Unit Quoted 6 = Col 4 x
Consump-
1 2 3 by Ten- Col 5
tion
derer (Rs.)
4
5 (Rs.)
Copper Wound Cooler Motor Kit 200 Watt
1 Nos 1
Single Phase for 15 inch Blade (IS)
2 Cooler Fan Blade 18 inch Nos 3
Socket 6/10 Amp [Anchor] (153-
3 Nos 20
20%=122.40)
Socket 16/20 Amp [Anchor] (249-
4 Nos 50
20%=199.20)
5 Switch 6/10 Amp [Anchor] (109-20%=87.20) Nos 19
Switch 16/20 Amp [Anchor] (156-
6 Nos 50
20%=124.80)
7 PVC Tape [Steel Grip] Roll 45
Copper Wire 1.5 sq mm [Kalinga] [90RM]
8 Mtr 250
(1720-32%=1169.60/90=12.99)
Copper Wire 2.5 sq mm [Kalinga] [90RM]
9 Mtr 150
(2830-32%=1924.40/90=21.38)
Copper Wire 4.0 sq mm [Kalinga] [90RM]
10 Mtr 80
(4210-32%=2862.80/90=31.80)
Copper Cable 3 core 2.5mm [Kalinga] (239-
11 Mtr 16
32%=162.52)
Aluminium Cable 2 core 4mm [Kalinga]
12 Coil 1
(1915-56%=842.6)

13 3 pin Top 6 amp [Anchor] (51-20%=40.80) Nos 7

14 3 pin top 16 Amp [Anchor](70-20%=56) Nos 5

4x3 Modular Plate, 3M [Anchor](75-


15 Nos 25
20%=60.00)
5x3 Modular Plate, 4M [Anchor] (86-
16 Nos 2
20%=68.80)
33

6x3 Modular Plate, 6M [Anhor] (135-


17 Nos 4
20%=108)
8x3 Modular Box, 8M [Anchor] (185-
18 Nos 15
20%=148.00)
8x3 Modular Plate, 8M [Anchor] (163-
19 Nos 8
20%=130.40)
20 8x6 Modular Box [Anchor] Nos 2
21 8x6 Modular Plate [Anchor] Nos 1
Combined Box 6/16 Amp [Anchor] (168-
22 Nos 3
20%=134.40)
23 8x3 Hylam Sheet [ISI Mark] (24x0.55=13.20) Nos 2
24 5w 2 pin CFL [Osram] Nos 40
25 11w PLC CFL [Bajaj] [80-10%=72] Nos 30
26 CFL 18w 2 pin [Bajaj] [115-10%=103.50] Nos 20
27 CFL 18w 4 pin [Bajaj] Nos 50
28 CFL 36w 4 pin [Bajaj] Nos 100
29 Bulb 100w [Osram] (16-10%=14.40) Nos 10
30 200w Bulb [Bajaj] Nos 10
31 Tubelight 18w [Bajaj] Nos 15
32 Tubelight 36w [Bajaj] Nos 20
33 Tubelight 14w T5 [Bajaj] (140-10%=126) Nos 2
34 Tubelight 28w T5 [Bajaj] (145-10%=130.5) Nos 8
35 FLY Tube Blue 18w [Bajaj] Nos 2
36 Bulb 15w [Bajaj] (12-10%=10.80) Nos 6
37 Choke 11w [Havells] (170-10%=153) Nos 6
38 Choke Copper 18w [Havells] (170-10%=153) Nos 4
39 Choke Electronic 18w[Bajaj] (600-10%=540) Nos 15
40 T5 1x28 watt Ballast [Bajaj] (900-10%=810) Nos 8
41 Ballast 2x36w [Bajaj] (1000-10%=9000) Nos 40
42 Choke Electronic 36w[Bajaj] (720-10%=648) Nos 6
43 Tubelight Fitting 36w Surface Mount [Bajaj] Nos 10
44 2 pin CFL Holder [Bajaj] (40-10%=36) Nos 6
45 Tubelight Starter [Bajaj] Nos 25
Batton Holder 25mm [Pressfit] (72/2=36-
46 Mtr 15
10%=32.40)
47 Ceiling Fan Motor Winding Nos 5
48 40 HP Motor Alignment Nos 2
49 40 HP Motor Rewinding Nos 1
50 Wall Fan Motor Winding Nos 3
51 7.5 HP Motor Rewinding Nos 1
52 Pulley Reapiring Nos 1
53 10 HP Motor Rewinding for AHU Nos 1
54 15 HP Motor Winding Nos 1
55 Bearing 6201,6202,6203 [SKF] Nos 12
56 PVC Gittie 8mm Pkt 6
34

57 Wooden Screw 35x8mm Pkt 5


58 Zypsin Screw Pkt 2
59 Fan Clamp with Nut Bolt Nos 1
TPN M.C.B. 63 amp [L&T] (2175-
60 Nos 5
21%=1718.25)
61 2 Pole DP 40 amp [L&T] (1145-21%=904.55) Nos 2
62 Ding Dong Bell [Anchor] (110-20%=88) Nos 5
63 FTC 8 pin Relay [Omron] Nos 4
64 Overload Relay [L&T] (1540-21%=1216.60) Nos 2
MNX A1 Auxillary NONC [L&T] (450-
65 Nos 6
21%=355.50)
66 MNX 18 Contactor [L&T] (1005-21%=793.95) Nos 6
67 2.50 mFD Capacitor Nos 5
68 3.15 mFD Capacitor Nos 5
69 6 mFD Capacitor Nos 4
70 AHU Fan Belt A29 [Fenner] Nos 5
71 Wire Clip Pkt 10
72 Nut-Bolt 1.5" Nos 10
73 Solvent 100gm Nos 3
Supply and Fixing of Cooling Tower Spin
74 Nos 2
Clamp Socket
75 18" Exhaust Fan Rewinding Nos 2
LT Panel Exhaust Fan 172x172x55mm
76 Nos 15
[Rexnord]
Supply and Fixing of Sprinkler 6" dia. Of Alu-
minium Alloy, Branch pipe 4" dia. Of 59"
77 Nos 2
Length, 1 Sprinkler's Umbrella, 4 Adjustor and
clamp with nut-bolt etc.
Supply and fixing of Mono Set Pump 2 HP
78 [CROMPTON GREAVES] with PVC Pipe 3", NRV, Nos 1
S.S. Nipple 2", S.S. Elbow 2" etc.
79 2x6" Nipple G.I. Nos 1
80 1.5x6" Nipple G.I. Nos 2
81 1.5x12" Nipple G.I. Nos 2
82 2x1.5" Socket G.I. Nos 2

83 2" Clamp G.I. Nos 2


84 1.5" Elbow G.I. Nos 2
85 2" Fluid Valve Nos 2
86 Flexible Pipe 2" Feet 10
87 PVC Pipe 0.75" 20mm Mtr 10
88 PVC Pipe 1" 25mm Mtr 5
89 Clamp 1" Nos 5
90 Room Heater 2KW [Bajaj] Nos 1
91 Fan Hanger Nos 2
92 Fan Clamp Nos 2
93 M Seal 250gm [Pidilite] Nos 2
35

94 LED Street Light 30w [Havells] Nos 2


95 Batasha Nails Nos 15
96 G.I. Clamp 1.5" Nos 2
Total Monthly Expenditure on Material
70 % of the Monthly Material Charges

Note :
Quoted rates should be exclusive of any taxes levied & other charges.
Quantities of above mentioned items are tentative. The payment shall be made for actual
quantities executed at the contract rate.
The employer may at his sole discretion extend the time for completion on submission of full
justification by the contractor.
If the contractor fails to complete the work in time, liquidated damages @ 5% of the total value of work
under measurable items of work above shall be recovered subject to maximum of 10% of the above
total value.

The rates of material quoted in financial bid Part II will be valid for two years. No increase
in the rates of material shall be entertained during the period of contract.

• Any Item of work/supply not covered above shall be paid based on DSR rates/norms. For Non –DSR
items not covered above, payments will be made on basis of prevalent market rate on production of
original bill/ cash memo with contractor profit and overhead expenses @10%.

• Note : The Contractor shall maintain an inventory and use common miscellaneous sundry materials
(Screw, Nails, Washers, internal fittings of tap, valve, tanks etc. Plumbing thread, safeda, clamps,
hooks cement for patch repairs etc.) which are required for the work the cost of which is included in
the above item.

• Wages quoted by the bidders should not be less than the prescribed minimum wages by the Central
Govt. Goods and Service Tax is mandatory to be given by contractor as per prevailing rates which will
be paid to contractor and challans to be submitted by contractor

• Please note that, for contract will be finalized as per following quotation :

Sl. No. Amount quoted in Financial Bid Amount in Rs.


1 2 3
1. Monthly amount of Manpower quoted (Financial Bid Part-1) 30% of Col. No. 2= -----
2. Monthly amount of Material Quoted (Financial Bid Part-2) 70% of Col. No. 2= -----
Amount to be considered for evaluating lowest bid

In case of amount being same on bid of material and manpower rates combined, preference will be given to the
bidder who has quoted less rates on cost of material.
Date: Signature of owner/Managing
Partner/Director
• Place: Name:
Seal:
36

You might also like